projects: nh-3-001(027)161 (pcn-21667), nh-6 … 37...003 202 0350 removal of temporary bypass ea 3....

14

Upload: vuongkhanh

Post on 13-Mar-2018

217 views

Category:

Documents


2 download

TRANSCRIPT

Page 1: Projects: NH-3-001(027)161 (PCN-21667), NH-6 … 37...003 202 0350 REMOVAL OF TEMPORARY BYPASS EA 3. 004 203 0103 COMMON EXCAVATION-TYPE C CY 383. 005 203 0109 TOPSOIL CY 1,122. 006
Page 2: Projects: NH-3-001(027)161 (PCN-21667), NH-6 … 37...003 202 0350 REMOVAL OF TEMPORARY BYPASS EA 3. 004 203 0103 COMMON EXCAVATION-TYPE C CY 383. 005 203 0109 TOPSOIL CY 1,122. 006
Page 3: Projects: NH-3-001(027)161 (PCN-21667), NH-6 … 37...003 202 0350 REMOVAL OF TEMPORARY BYPASS EA 3. 004 203 0103 COMMON EXCAVATION-TYPE C CY 383. 005 203 0109 TOPSOIL CY 1,122. 006

SpecNo.

Amount

Description UnitApprox.Quantity

Unit Price

$$$$$ 000 $$$$$ 00

PROPOSAL FORMNorth Dakota Department of Transportation

037Page 5 of 11

11/15/2017

JobNovember 17, 2017BID OPENING:

CodeNo.

Bidder must type or neatly print unit prices in numerals, make extensions for each item, and total. Do not carry unit prices further than three (3) decimal places.

ItemNo.

Projects: NH-3-001(027)161 (PCN-21667), NH-6-002(122)295 (PCN-21341), and NH-6-002(123)295 (PCN-21346)

Rev: BID ITEMS

CONTRACT BOND 1.001 103 0100 L SUM

REMOVE AGGREGATE BASE & SURFACING 1,625.002 202 0021 TON

REMOVAL OF TEMPORARY BYPASS 3.003 202 0350 EA

COMMON EXCAVATION-TYPE C 383.004 203 0103 CY

TOPSOIL 1,122.005 203 0109 CY

TOPSOIL-IMPORTED 112.006 203 0119 CY

BORROW-EXCAVATION 5,515.007 203 0140 CY

WATER 170.008 216 0100 M GAL

SHOULDER PREPARATION 8801.009 230 0125 MILE

SUBGRADE PREPARATION-TYPE A-SHOULDERS 40.010 230 0302 STA

SEEDING CLASS II 5001.011 251 0200 ACRE

TEMPORARY COVER CROP 800.012 251 2000 ACRE

STRAW MULCH 3002.013 253 0101 ACRE

FIBER ROLLS 12IN 5,625.014 261 0112 LF

REMOVE FIBER ROLLS 12IN 1,880.015 261 0113 LF

SALVAGED BASE COURSE 348.016 302 0100 TON

Page 4: Projects: NH-3-001(027)161 (PCN-21667), NH-6 … 37...003 202 0350 REMOVAL OF TEMPORARY BYPASS EA 3. 004 203 0103 COMMON EXCAVATION-TYPE C CY 383. 005 203 0109 TOPSOIL CY 1,122. 006

SpecNo.

Amount

Description UnitApprox.Quantity

Unit Price

$$$$$ 000 $$$$$ 00

PROPOSAL FORMNorth Dakota Department of Transportation

037Page 6 of 11

11/15/2017

JobNovember 17, 2017BID OPENING:

CodeNo.

Bidder must type or neatly print unit prices in numerals, make extensions for each item, and total. Do not carry unit prices further than three (3) decimal places.

ItemNo.

Projects: NH-3-001(027)161 (PCN-21667), NH-6-002(122)295 (PCN-21341), and NH-6-002(123)295 (PCN-21346)

Rev: BID ITEMS

AGGREGATE BASE COURSE CL 5 1,356.017 302 0120 TON

TACK COAT 2,385.018 401 0050 GAL

PRIME COAT 875.019 401 0060 GAL

FOG SEAL 663.020 401 0070 GAL

MILLING PAVEMENT SURFACE 106,691.021 411 0105 SY

RELAYING MILLED MATERIAL 10,438.022 411 0132 TON

SUPERPAVE FAA 45 4,956.023 430 0045 TON

CORED SAMPLE 21.024 430 1000 EA

PG 58-28 ASPHALT CEMENT 400297.025 430 5828 TON

CONCRETE OVERLAY 14,695.026 550 0355 CY

CONCRETE PLACEMENT - DOWELED 71,934.027 550 0365 SY

PCC PAVEMENT GRINDING 41,495.028 570 0210 SY

DOWELED CONTRACTION JOINT ASSEMBLY 342.029 570 0240 LF

8IN CONCRETE PAVEMENT REPAIR-FULL DEPTH-DOWELED 1,367.030 570 0713 SY

TRANSVERSE PCC JOINT CLEANING & SEALING 54,050.031 570 0963 LF

LONGITUDINAL PCC JOINT CLEANING & SEALING 26,611.032 570 0965 LF

Page 5: Projects: NH-3-001(027)161 (PCN-21667), NH-6 … 37...003 202 0350 REMOVAL OF TEMPORARY BYPASS EA 3. 004 203 0103 COMMON EXCAVATION-TYPE C CY 383. 005 203 0109 TOPSOIL CY 1,122. 006

SpecNo.

Amount

Description UnitApprox.Quantity

Unit Price

$$$$$ 000 $$$$$ 00

PROPOSAL FORMNorth Dakota Department of Transportation

037Page 7 of 11

11/15/2017

JobNovember 17, 2017BID OPENING:

CodeNo.

Bidder must type or neatly print unit prices in numerals, make extensions for each item, and total. Do not carry unit prices further than three (3) decimal places.

ItemNo.

Projects: NH-3-001(027)161 (PCN-21667), NH-6-002(122)295 (PCN-21341), and NH-6-002(123)295 (PCN-21346)

Rev: BID ITEMS

RANDOM PCC CRACK CLEANING & SEALING 2,975.033 570 0966 LF

SPALL REPAIR-PARTIAL DEPTH 2,090.034 570 1512 SF

MOBILIZATION 1.035 702 0100 L SUM

FLAGGING 1,240.036 704 0100 MHR

TRAFFIC CONTROL SIGNS 11,287.037 704 1000 UNIT

ATTENUATION DEVICE-TYPE B-55 2.038 704 1041 EA

TYPE I BARRICADE 30.039 704 1050 EA

TYPE III BARRICADE 169.040 704 1052 EA

DELINEATOR DRUMS 97.041 704 1060 EA

TUBULAR MARKERS 167.042 704 1067 EA

FLEXIBLE DELINEATORS 504.043 704 1072 EA

STACKABLE VERTICAL PANELS 11.044 704 1080 EA

SEQUENCING ARROW PANEL-TYPE C 4.045 704 1087 EA

SEQUENCING ARROW PANEL-TYPE C-CROSSOVER 2.046 704 1088 EA

PILOT CAR 100.047 704 1185 HR

OBLITERATION OF PAVEMENT MARKING 4,963.048 704 1500 SF

Page 6: Projects: NH-3-001(027)161 (PCN-21667), NH-6 … 37...003 202 0350 REMOVAL OF TEMPORARY BYPASS EA 3. 004 203 0103 COMMON EXCAVATION-TYPE C CY 383. 005 203 0109 TOPSOIL CY 1,122. 006

SpecNo.

Amount

Description UnitApprox.Quantity

Unit Price

$$$$$ 000 $$$$$ 00

PROPOSAL FORMNorth Dakota Department of Transportation

037Page 8 of 11

11/15/2017

JobNovember 17, 2017BID OPENING:

CodeNo.

Bidder must type or neatly print unit prices in numerals, make extensions for each item, and total. Do not carry unit prices further than three (3) decimal places.

ItemNo.

Projects: NH-3-001(027)161 (PCN-21667), NH-6-002(122)295 (PCN-21341), and NH-6-002(123)295 (PCN-21346)

Rev: BID ITEMS

PRECAST CONCRETE MED BARRIER-STATE FURNISHED 80.049 704 3510 EA

FIELD OFFICE 1.050 706 0400 EA

AGGREGATE LABORATORY 1.051 706 0500 EA

BITUMINOUS LABORATORY 1.052 706 0550 EA

CONTRACTOR'S LABORATORY 1.053 706 0600 EA

GEOSYNTHETIC MATERIAL TYPE R1 3,278.054 709 0151 SY

PIPE PVC 18IN 704.055 714 7036 LF

FLAT SHEET FOR SIGNS-TYPE IV REFL SHEETING 14.056 754 0112 SF

STEEL GALV POSTS-TELESCOPING PERFORATED TUBE 215.057 754 0206 LF

RESET SIGN PANEL 4.058 754 0592 EA

RUMBLE STRIPS - CONCRETE SHOULDER 6389.059 760 0001 MILE

RUMBLE STRIPS - ASPHALT SHOULDER 8801.060 760 0005 MILE

RUMBLE STRIPS - ASPHALT CENTERLINE 940.061 760 0007 MILE

RUMBLE STRIPS - INTERSECTION 1.062 760 0010 SET

PVMT MK PAINTED-MESSAGE 52.063 762 0103 SF

EPOXY PVMT MK 4IN LINE-GROOVED 13,213.064 762 0110 LF

Page 7: Projects: NH-3-001(027)161 (PCN-21667), NH-6 … 37...003 202 0350 REMOVAL OF TEMPORARY BYPASS EA 3. 004 203 0103 COMMON EXCAVATION-TYPE C CY 383. 005 203 0109 TOPSOIL CY 1,122. 006

SpecNo.

Amount

Description UnitApprox.Quantity

Unit Price

$$$$$ 000 $$$$$ 00

PROPOSAL FORMNorth Dakota Department of Transportation

037Page 9 of 11

11/15/2017

JobNovember 17, 2017BID OPENING:

CodeNo.

Bidder must type or neatly print unit prices in numerals, make extensions for each item, and total. Do not carry unit prices further than three (3) decimal places.

ItemNo.

Projects: NH-3-001(027)161 (PCN-21667), NH-6-002(122)295 (PCN-21341), and NH-6-002(123)295 (PCN-21346)

Rev: BID ITEMS

EPOXY PVMT MK MESSAGE 96.065 762 0112 SF

EPOXY PVMT MK 4IN LINE 154,069.066 762 0113 LF

EPOXY PVMT MK 8IN LINE 2,270.067 762 0115 LF

EPOXY PVMT MK 24IN LINE 65.068 762 0117 LF

RAISED PAVEMENT MARKERS 21,309.069 762 0200 EA

SHORT TERM 4IN LINE-TYPE NR 32,587.070 762 0430 LF

PVMT MK PAINTED 4IN LINE 12,321.071 762 1104 LF

MAILBOX-ALL TYPES 3.072 766 0100 EA

FLASHING BEACON-POST MOUNTED 2.073 772 2110 EA

REVISE FLASHING BEACON SYSTEM 1.074 772 2935 EA

TOTAL SUM BID

Page 8: Projects: NH-3-001(027)161 (PCN-21667), NH-6 … 37...003 202 0350 REMOVAL OF TEMPORARY BYPASS EA 3. 004 203 0103 COMMON EXCAVATION-TYPE C CY 383. 005 203 0109 TOPSOIL CY 1,122. 006

Revised 11/14/2017 NOTES

11/14/2017 4:09:25 PM R:\project\60002295.122\design\006NT_001_notes.docm

STATE PROJECT NO. SECTION NO.

SHEET NO.

ND NH-6-002(122)295 6 1

This document was originally issued and sealed by Sara A. Cahlin,

Registration Number PE-8397,

on 11/13/2017 and the original document

is stored at the North Dakota Department of Transportation.

107-P01 MAINTAINING TRAFFIC –DROP-OFFS: If, at the end of the work-day, drop-offs greater than 2 inches and less than 18 inches or slopes steeper than 4:1 exist between the edge of a traffic lane and the outside edge of the proposed roadway, perform one of the following actions:

Construct a traversable wedge in the area of the drop-off or steep slope; or Close the lane adjacent to the drop-off or steep slope and provide 24-hour

flagging or pilot car operations.

When constructing a wedge, construct a wedge composed of aggregate or earthen materials with a 4:1 or flatter slope along the entire length of the area. Compact materials using Type C compaction, as specified in 203.04 E.4, “Compaction Control Type C”.

Install stackable vertical panels that meet the requirements of Section 704.03 H, “Stackable Vertical Panels”, along the edge of the driving lane closest to the wedge.

The Engineer will measure stackable vertical panels as specified in Section 704.05, “Method of Measurement” and will pay for panels as specified in Section 704.06, “Basis of Payment”.

The Engineer will not measure material used to construct the wedge. Include the cost of materials, equipment, labor, and incidentals required for this operation in the price bid for “Aggregate Base CL 5.

If a 4:1 or flatter wedge is not installed, provide 24 hour flagging or pilot car operations and associated traffic control at no additional cost to the Department.

The requirements of Section 704.04 O, “Traffic Control for Uneven Pavement” apply to drop-offs created by milling or the placement of hot mix asphalt.

202-P01 MEDIAN APPROACH REMOVAL: Remove the median crossing adjacent to the

west crossover. Engineer will measure the removal as “Removal of Temporary Bypass”.

202-P02 REMOVAL OF TEMPORARY BYPASS: Obtain approval from the Engineer before

removing a temporary bypass. Restore the area impacted by the construction, and removal of the crossovers to its original condition; shape the median slopes to a 6:1 slope, seed and mulch. Include all costs associated with the removal of the asphalt surfacing, aggregate, geosynthetic material, topsoil on the crossover and pipe in the contract unit price for “Removal of Temporary Bypass”.

203-P01 SHRINKAGE: 25 percent additional volume is included for shrinkage in earth

embankment. 230-P01 SUBGRADE PREPARATION: Complete subgrade preparation – type A shoulders to

a depth of 12 inches.

261-P01 PERMANENT FIBER ROLLS: If fiber rolls are to remain on the project, use fiber rolls that are composed of netting that meets either of the following:

· Plastic or natural fiber photodegradable netting that has a life expectancy

between 12 to 24 months. If the photodegradable netting is plastic, the netting color must be either clear or green. Black plastic netting will not be allowed.

· 100 percent biodegradable jute netting that has a life expectancy between 6 to

12 months. 411-P01 MAINLINE MILLING: The last paragraph of Section 411.04 “Construction

Requirements” only applies to the intersection with ND 1; the 5 day limitation will not apply to milling operations on US 2. Provide milling and paving equipment capable of following a string line.

411-P02 SURFACE TOLERANCE: Construct the finished surface of the milling to within 0.04

feet of the proposed elevation. 411-P03 MILLING SECTION: Remove the existing bituminous material at the beginning and

end of milling sections, project termini, and at intersection to form a straight vertical edge to allow placement of the full depth of surfacing.

The loaded trucks are limited to running on 1 mile of the milled surface at a time. The Contractor is allowed to use the leave out locations listed in Note 550-P04 to stay within the 1 mile limitation. Include the cost of labor, materials and equipment in the price bid for “Milling Pavement Surface”.

411-P04 RELAYING MILLED MATERIAL: This work consists of placing, shaping, and

compacting material on the roadway shoulders using a road widening/shouldering machine. Use one of the following materials:

- Asphalt millings from the project; - Class 4 aggregate meeting the requirements of Section 816; or - Class 5 aggregate meeting the requirements of Section 816.

Use the same type of material throughout the project. If asphalt millings are used, the following additional requirements apply:

- Produce material with a maximum particle size of 1.5 inches;

Such payment is full compensation for furnishing all materials, equipment, labor, and incidentals to complete the work as specified.

Provide 1627 ton of milled material for project NH-6-002(123)295.

411-P05 MILLED MATERIAL: Approximately 5500 ton of hot

bituminous pavement (HBP) material will be stockpiled with a front-end loader at the NDDOT Maintenance Yard located at 205 Main Street South, Pekin, ND 58361. Process the HBP material so that the maximum particle size does not exceed

Page 9: Projects: NH-3-001(027)161 (PCN-21667), NH-6 … 37...003 202 0350 REMOVAL OF TEMPORARY BYPASS EA 3. 004 203 0103 COMMON EXCAVATION-TYPE C CY 383. 005 203 0109 TOPSOIL CY 1,122. 006

Revised 11/14/2017 NOTES

11/14/2017 4:09:25 PM R:\project\60002295.122\design\006NT_001_notes.docm

STATE PROJECT NO. SECTION NO.

SHEET NO.

ND NH-6-002(122)295 6 2

This document was originally issued and sealed by Sara A. Cahlin,

Registration Number PE-8397,

on 11/13/2017 and the original document

is stored at the North Dakota Department of Transportation.

1-1/2”. Notify the NDDOT Section Yard 72 hours prior to delivery of any HBP material. Include the cost of labor and equipment to remove, process, haul, and stockpile the HBP material in the price bid for “Milling Pavement Surface”.

550-P01 DOWEL BARS: Include the cost of cleaning, drilling, epoxy, and dowel bars where

the new concrete pavement abuts the existing concrete in the price bid for “Concrete Placement - Doweled”.

550-P02 CONCRETE PAVEMENT: Place the concrete on a clean surface, free of loose or

adhering foreign material. Air blast the milled surface no more than 30 minutes before placing concrete. Loaded trucks are allowed to run on the milled surface and back up to the concrete paving operation as long as loaded trucks aren’t tracking foreign material onto the milled surface.

550-P03 CONCRETE PAVEMENT: The Department will waive the requirement to place the

reinforcing steel, tie bars and dowel bar assemblies a minimum of 2,000 feet ahead of the paving operation as stated in Sections 550.04 E.1 and 550.04 G.2 and allow the use of the roadway as a haul road at the Contractors request, provided the following conditions are met:

Repair all damaged areas Construct the finished surface to the specific surface tolerance prior to the

placement of reinforcing steel, tie bars and dowel bar assemblies. Place the reinforcing steel and tie bars on approved supports securely,

properly and accurately in advance of the paving operation. 550-P04 LEAVE OUT: Leave out consists of paving half an intersection at a side street and

allowing traffic to cross US 2 on the unpaved portion. The portion left out will not be paved until the concrete overlay has attained a flexural strength of 450 psi or a compressive strength of 3,000 psi. Leave out location are:

Sta. 15611+75 – Airport Entrance Sta. 15892+18 – 42nd St NE Sta. 15981+30 – Private Drive Access Sta. 16041+52 – 113th Ave NE Sta. 16081+90 – Private Drive Access

Leave outs may be added or eliminated at the request of the contractor and at the discretion of the engineer. Include the cost for this work in the price bid for “Concrete Placement – Doweled”.

550-P05 CONCRETE PAVEMENT: Included in the quantity for “CONCRETE OVERLAY” is

an additional 5% for irregularities.

550-P06 CONCRETE PAVEMET: Contractor has the option of utilizing dowel bar basket clips and nails at shown in Section 20 sheet 6. If this option is utilized the contractor must:

Furnish a MIT-Scan-T2 non-destructive testing device having the ability to locate dowel bars. Perform all tests in the presents of the Engineer unless otherwise approved. Locate the entire span of the dowel bar basket and verify the anchoring of the dowel bar basket by locating the upstream and downstream edges of the dowel bar baskets. Testing requirements are as follows: Verify the adequacy of the dowel bar anchoring by scanning seven random doweled contraction joint in each lot.

704-100 TRAFFIC CONTROL SUPERVISOR: Provide a Traffic Control Supervisor. 704-200 PRECAST CONCRETE MEDIAN BARRIERS – STATE FURNISHED: Obtain 36

barriers from Devils Lake District. Return barriers to Devils Lake District. Obtain 44 barriers from Grand Forks District. Return barriers to Grand Forks District. Some 4 inch x 4 inch boards are available at the return location. Provide any additional 4 inch x 4 inch boards necessary to stack barriers. The boards will become property of the Department. Include the cost for boards in the contract unit price for "Precast Concrete Median Barrier - State Furnished".

704-301 SEQUENCING ARROW PANEL – TYPE C – CROSSOVER: Provide solar powered

arrow panels that meet the requirements of the MUTCD and ITE and that are capable of operating for 20 days without a solar charge. Include all costs for materials, equipment, labor, and incidentals in the contract unit price for "Sequencing Arrow Panel – Type C – Crossover".

704-511 OBLITERATION OF PAVEMENT MARKINGS: Mask pavement markings designated

for obliteration as specified in Section 704.04 N.1, "Masking". 704-P01 TRAFFIC CONTROL FOR BITUMINOUS PAVEMENT: Provide traffic control

consisting of median crossings and road closure. Maintain a minimum 12 feet wide lane for traffic at all times.

Complete necessary pavement marking and rumble strip

installation operations prior to removing traffic control crossovers.

Phase 1: Construct median cross overs. A total of 4 lane

closures have been provided to allow work at two separate locations. Remove existing median approach.

Phase 2: Perform work on mainline concrete overlay and cross road overlay.

Page 10: Projects: NH-3-001(027)161 (PCN-21667), NH-6 … 37...003 202 0350 REMOVAL OF TEMPORARY BYPASS EA 3. 004 203 0103 COMMON EXCAVATION-TYPE C CY 383. 005 203 0109 TOPSOIL CY 1,122. 006

Revised 11/14/2017 NOTES

11/14/2017 4:09:25 PM R:\project\60002295.122\design\006NT_001_notes.docm

STATE PROJECT NO. SECTION NO.

SHEET NO.

ND NH-6-002(122)295 6 3

This document was originally issued and sealed by Sara A. Cahlin,

Registration Number PE-8397,

on 11/13/2017 and the original document

is stored at the North Dakota Department of Transportation.

Phase 3: Removal of median cross overs. A total of 4 lane closures have been provided to allow work at two separate locations.

Traffic control device quantities are based on the phasing described above and the

following list. Provide additional devices at no cost to the Department. Standard D-704-15 layout A – For ND 1 intersection paving Standard D-704-22 layouts K and L – For trucks hauling Standard D-704-26 layouts CC, EE, and GG – For paving Standard D-704-34 – For single lane closure Standard D-704-38 – For east median crossover Standard D-704-39 – For west median crossover

Place flaggers and traffic control devices as shown on Standard D-704-15, layout A at the intersection of US 2 and ND 1 when paving in the intersection.

704-P02 CLOSING AND MAINTAINING ACCESS: Maintain access to private drives and local

roads at all times with the use of leave outs or work with the local entity to temporarily close access. Notify the local entity one week prior to any closure.

704-P03 TRAFFIC CONTROL AT ND 1: Temporarily widen the west edge of the ND 1

approach with milled material, during Phase 1 of the intersection paving. Remove the extra material once the intersection is complete.

Placement of the milled material is measured as “Relaying Milled Material”. Removal of the milled material is measured as “Remove Aggregate Base &

Surfacing”. 704-P01 FLASHING BEACON: Provide solar powered flashing beacons that meet the

requirements of the MUTCD and ITE. Provide beacons that are visible for a distance of 0.25 miles (1,320 feet) and are capable of operating for 20 days without a solar charge. Include all costs for materials, equipment, labor, and incidentals in the contract unit price for "Flashing Beacon – Post Mounted".

706-P01 FIELD OFFICE: Provide a field office which meets the following requirements:

1. The field office shall be a minimum of 450 square feet. 2. Indoor bathroom facilities.

3. Air conditioner (20,000 BTU minimum) 4. Lighting (lumens required 110 foot-candles) 5. Minimum of 3 phone jacks (NDDOT to pay for phone service) 6. Heat, electric, sewer, and water hookups to be furnished by contractor to pay utility bills. 7. Cabinet space of a minimum of 32 cubic feet.

8. Counter space of a minimum of 40 square feet.

9. The floor is to be free of protrusions so that it will accommodate NDDOT furnished office equipment. 10. Photocopy/printer machine capable of 11x17 photocopies and toner to last the duration of the project (NDDOT will furnish paper). Other features to include digital coping & scanning (fax capabilities can be included but not necessary). Copier/printer machine shall have operating software compatible with that used by NDDOT. 11. The location of the field office shall be on, or as close to the project as possible and approved by the Engineer. Any rental fees shall be paid by Contractor. 12. The field office shall be available for occupancy at the start of the project and remain available to project completion. 13.The following services will be furnished and paid for by the NDDOT and requested through the Work Management System:

a. Telephone b. Broadband internet service including State Network access

All requirements of the Field Office are subject to approval by the Engineer. Payment for the Field Office shall be under the bid item “Field Office”. Schedule for Payments:

· 25% when set up on site · 50% when 30% of work is completed · 75% when 60% of work is completed · 100% when project is complete

Page 11: Projects: NH-3-001(027)161 (PCN-21667), NH-6 … 37...003 202 0350 REMOVAL OF TEMPORARY BYPASS EA 3. 004 203 0103 COMMON EXCAVATION-TYPE C CY 383. 005 203 0109 TOPSOIL CY 1,122. 006

ESTIMATE OF QUANTITIESSTATE PROJECT NO. SECTION

NO.SHEETNO.

ND 8

NH-6-002(122)295 1

REVISED 11/13/2017

SPEC CODE ITEM DESCRIPTION UNIT MAINLINE TOTAL ---- ---- ---------------- ---- ------------ -----

103 0100 CONTRACT BOND L SUM 0.815 0.815

202 0021 REMOVE AGGREGATE BASE & SURFACING TON 1,625 1,625

202 0350 REMOVAL OF TEMPORARY BYPASS EA 3 3

203 0103 COMMON EXCAVATION-TYPE C CY 383 383

203 0109 TOPSOIL CY 1,122 1,122

203 0119 TOPSOIL-IMPORTED CY 112 112

203 0140 BORROW-EXCAVATION CY 5,515 5,515

216 0100 WATER M GAL 170 170

230 0302 SUBGRADE PREPARATION-TYPE A-SHOULDERS STA 40 40

251 0200 SEEDING CLASS II ACRE 1.5 1.5

251 2000 TEMPORARY COVER CROP ACRE 0.8 0.8

253 0101 STRAW MULCH ACRE 2.3 2.3

261 0112 FIBER ROLLS 12IN LF 5,625 5,625

261 0113 REMOVE FIBER ROLLS 12IN LF 1,880 1,880

302 0100 SALVAGED BASE COURSE TON 348 348

302 0120 AGGREGATE BASE COURSE CL 5 TON 1,306 1,306

401 0050 TACK COAT GAL 616 616

401 0060 PRIME COAT GAL 875 875

411 0105 MILLING PAVEMENT SURFACE SY 106,433 106,433

411 0132 RELAYING MILLED MATERIAL TON 8,811 8,811

430 0045 SUPERPAVE FAA 45 TON 1,325 1,325

430 5828 PG 58-28 ASPHALT CEMENT TON 79.4 79.4

550 0355 CONCRETE OVERLAY CY 14,695 14,695

550 0365 CONCRETE PLACEMENT - DOWELED SY 71,934 71,934

702 0100 MOBILIZATION L SUM 0.815 0.815

704 0100 FLAGGING MHR 800 800

704 1000 TRAFFIC CONTROL SIGNS UNIT 8,773 8,773

704 1041 ATTENUATION DEVICE-TYPE B-55 EA 2 2

704 1052 TYPE III BARRICADE EA 119 119

704 1060 DELINEATOR DRUMS EA 97 97

704 1067 TUBULAR MARKERS EA 107 107

704 1072 FLEXIBLE DELINEATORS EA 504 504

704 1080 STACKABLE VERTICAL PANELS EA 11 11

ESTIMATE NUMBER: 17659 RUN DATE: 11/13/2017 TIME: 14:36:21

Page 12: Projects: NH-3-001(027)161 (PCN-21667), NH-6 … 37...003 202 0350 REMOVAL OF TEMPORARY BYPASS EA 3. 004 203 0103 COMMON EXCAVATION-TYPE C CY 383. 005 203 0109 TOPSOIL CY 1,122. 006

Approach Leave

Paving Direction

Basket Support Wire

Wrap-around Type Clip

Min. 2" Dowel Bar Basket Assembly

Basket Clips

Inset A

Inset A

Basket Support Wire

Paving Direction

assembly.

3. Provide a minimum of 10 clips per dowel bar basket

support wire.

2. Install basket clip on the leave side of the basket

1. Provide wrap-around clips with a minimum 2" nail.

Note:

8397

1/14/2017

20

STATE PROJECT NO.

ND

NO.

SHEET

NO.

SECTION

11/14/2017 scahlin R:\project\60002295.122\design\020GD_006_Dowel Bar .dgn4:20:47 PM

of Transportation

North Dakota Department

document is stored at the

on and the original

PE- ,

Registration Number

issued and sealed by

This document was originally

NH-6-002(122)295 6

Basket Clip Detail

Milling and PCC Overlay

Sheet Added11/14/2017

ND 1 E 0.5 Mi. & 5.5 Mi E ND 1 to W Jct ND 35 (EB)

Sara A. Cahlin,

Page 13: Projects: NH-3-001(027)161 (PCN-21667), NH-6 … 37...003 202 0350 REMOVAL OF TEMPORARY BYPASS EA 3. 004 203 0103 COMMON EXCAVATION-TYPE C CY 383. 005 203 0109 TOPSOIL CY 1,122. 006

Spec Code Description Quantity

202 0021 Surfacing & Base AggregateRemove 967TON

203 0109 Topsoil 568CY

203 0104 Excavation -Borrow 3126CY

203 0302 A-Shoulders Prep-TypeSubgrade 20STA

709 0151 R1 Type MaterialGeosynthetic 1639SY

714 7036 18IN PVCPipe 324LF

1470

1475

1480

1485

1490

1495

1500

1505

1510

1515

1520

1525

1530

1535

1540

1545

1470

1475

1480

1485

1490

1495

1500

1505

1510

1515

1520

1525

1530

1535

1540

1545

STATE PROJECT NO.

ND

NO.

SHEET

NO.

SECTION

11/13/2017 scahlin R:\project\60002295.122\design\060PP_001_Wxover_1.dgn11:44:51 AM

of Transportation

North Dakota Department

document is stored at the

on and the original

PE- ,

Registration Number

issued and sealed by

This document was originally

60

NH-6-002(122)295 1

Plan & Profile 9+20 to 14+80

Milling and PCC Overlay

ND 1 E 0.5 Mi & 5.5 Mi E ND 1 to W Jct ND 35 (EB)

8397

Sara A. Cahlin,

Revised 11/13/17

11/13/17

50120-24

RC

PF

FN

EN

DS I

N

SR

CP

50122INVERT

50119

1506.07

+24RCPF PP CATTAIL MUCK

50052TFO

1 RCFES S. end cattail muck (poor)

24" X Ð RCP (poor)

15593+77 - 83' RT to S end

50049TFO

50045TFO

50055-TFO

50046TFO

50115

1506.92

+18

CS

PF

PP

BE

NT

AN

D

MU

CK

2 CSFES bent and muck (poor)

18" X 68' CSP (poor)

15594+37 - 1' LT

50051TFO

MIDCO50048

TFO

50054TFO

50177-SGN

Sign

50043TFO

50047TFO

50044TFO

50050TFO

50116

1507.46

-18CSPF FF

50042TFO

50167-SGN

Culverts Ð

50174-SGN

Sign50180

SGN

50041TFO

50176+SGN

50121TOP

50040TFO

Tel Mkr

50238+UEC

50171+SGN

Sign50179

-SGN

50053UMT

Tel Mkr

50178+SGN

50164SGN

50181SGN

50175SGN

50173+SGN

50166+SGN

50242-UEC

50243+UEC

Brush

Lg bushes

Brush

50253UEC

50172-SGN

50250UEC

50168SGN

50251UEC

MUNICIPAL50244

UEC

50252UEC

50247UEC

50241UEC

50245UEC

MU

NICIP

AL

50248UEC 50249

UEC

50246UEC

Asph

Asph

Asph

50170SGN

50169SGN

Conc

50239UEC

for the OH line Xing near Sta 15591+80 is 41.9'

The centerline East bound Vertical clearance

50240UEC

SRCP

Sign

Sign

8595+00

8600+00

15580

+00

15585

+00

15590

+00

15595

+00

R/W Mon

Begin 15577

+92.13

R-60-W

T-153-N

Sec 27

R-60-W

T-153-N

Sec 34

RTK 53

LAKOTA

#6 I

Pn

Sec line

#5 Rebar

Sta 8595+94.56 ND 1

Sta 15600+71.04 US 2 =

Station Equation:

US 2

Proposed

Existing

1,512.87

1,512.82

1,512.71

1,511.81

1,509.83

1,509.22

1,511.20

1,512.48

1,513.09

1,513.16

1,512.59

1,512.68

1,512.77

1,512.86

1,512.96

Page 14: Projects: NH-3-001(027)161 (PCN-21667), NH-6 … 37...003 202 0350 REMOVAL OF TEMPORARY BYPASS EA 3. 004 203 0103 COMMON EXCAVATION-TYPE C CY 383. 005 203 0109 TOPSOIL CY 1,122. 006

Spec Code Description Quantity

202 0021 Surfacing & Base AggregateRemove 658TON

203 0103 C Excavation-TypeCommon 373CY

203 0109 Topsoil 554CY

203 0104 Excavation -Borrow 2389CY

203 0302 A-Shoulders Prep-TypeSubgrade 20STA

709 0151 R1 Type MaterialGeosynthetic 1639SY

714 7036 18IN PVCPipe 380LF

1490

1495

1500

1505

1510

1515

1520

1525

1530

1535

1540

1545

1550

1555

1560

1565

1490

1495

1500

1505

1510

1515

1520

1525

1530

1535

1540

1545

1550

1555

1560

1565

STATE PROJECT NO.

ND

NO.

SHEET

NO.

SECTION

11/13/2017 scahlin R:\project\60002295.122\design\060PP_015_exover_1.dgn1:22:41 PM

of Transportation

North Dakota Department

document is stored at the

on and the original

PE- ,

Registration Number

issued and sealed by

This document was originally

60

NH-6-002(122)295 15

Plan & Profile 1+80 to 7+60

Milling and PCC Overlay

ND 1 E 0.5 Mi & 5.5 Mi E ND 1 to W Jct ND 35 (EB)

8397

Sara A. Cahlin,

Revised 11/13/17

11/13/17

1 RCFES S. end (good)

24" X 88' RCP (good)

16117+36 - 83' RT to S end

1516.6121894

-30RCPF FF

2 RCFES (fair)30" X 170' RCP (fair)16106+39 - 84' RT to S end16106+27 - 87' LT to N end

21891-30RCPF GN

21890 1516.72+30RCPF GG

21896

1516.76

-24CSPF FF

21895

1516.85+24CSPF FF

2 CSFES (fair)

24" X 70' CSP (fair)

16112+09 - 110' RT to E end

16111+38 - 117' RT to W end

50677TFO2

21893+30RCPF FN

50674TFO2

50476TFO

POLAR

50475TFO

50474TFO

50670TFO2

50673TFO1

50473TFO

50472TFO

50480TFO

50676TFO1

50481UMT

Tel Mkr

50671TFO1

21892STEEL PIPE -2.52I

NV

SRCP

50675TFO1

2 CSFES (good)24" X 43'

CSP (good)16094+4

2 - 128' LT

50482TFO

1519.53+24CSPF GG

50471UMT

Tel Mkr

50477TFO

50469POLAR

Tel Mkr50468!TB

50467TB

Tel boxFO

50465+TB

50466TB

50663+TFO POLAR

Wire

50470TFOPOLAR

Wire

50669TFO2

50664TFO

50668TFO1

50666TFO2

50662TFO250665-TFO50661

TFO2

50478TFO

50667TFO1

Asph

50479TFO

Gr

Conc

Gr

Lg trees

50543SGN

50542SGN

Yard Lht

Asp

hAsph

Conc

Lg Evgrs

Asph

Lg trees

178.98'

16095

+00

PC 16098

+11.71

16100

+00

16105

+00

16110

+00

16115

+00

PT 16116

+08.30

PI 16107

+14.17

Curve CAP8

R = 7,639.49T = 902.46L = 1,796.59

R Mkr 305

R Mkr 305

R/W Mon

R/W MonR/W Mon

R/W Mon

R/W Mon

Mons

2-R/W

Mons

2-R/W

Mons

2-R/W

PI = 16107+14.17

E 2546430.88

N 381350.53

R-58-WT-152-NSec 6

#5

Rebar

T-ironRec Sec

Cor

MICHIGAN114th A

ve N

E

(Adh Tan)

Twp line Xing

Twp line

Twp line

1,490

1,500

1,510

1,520

1,530

Proposed

Existing

-+00 1+00 2+00 3+00 4+00 5+00 6+00 7+00 8+00 9+00 10+00 11+00

1,400

1,410

1,528.20

1,528.09

1,527.73

1,526.89

1,525.13

1,522.88

1,523.06

1,524.66

1,524.80

1,524.21

1,523.82

1,523.50

1,527.73

1,527.24

1,526.75

1,526.26

1,525.77

1,525.29